Award

BSP-20-013 Uniforms, Protective Clothing and Protective Equipment

  • The Education Authority

F15: Voluntary ex ante transparency notice

Notice identifier: 2024/S 000-035946

Procurement identifier (OCID): ocds-h6vhtk-0298c7

Published 6 November 2024, 2:58pm



Section one: Contracting authority/entity

one.1) Name and addresses

The Education Authority

40 Academy Street

Belfast

BT1 2NQ

Email

business.procure@eani.org.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

BSP-20-013 Uniforms, Protective Clothing and Protective Equipment

two.1.2) Main CPV code

  • 18000000 - Clothing, footwear, luggage articles and accessories

two.1.3) Type of contract

Supplies

two.1.4) Short description

The EA awarded a Framework for the provision of Uniforms, Protective Clothing and Protective Equipment. Lots 1, 2, 3 and 6 ran from 1st June 2021 for an initial 2 year Framework Period on an as and when required basis, with the option to extend for 2 further 12 month periods. Lots 4 and 5 joined from 1st September 2021 for an initial Framework period of 21 months with an option to extend for 2 further 12 month periods. The Framework is currently in it's 2nd 12 month extension period.

The EA is placing this transparency notice to alert economic operators of its plans to modify this Framework Agreement in accordance with Regulation 72(1)(c) of the Public Contracts Regulation 2015 for an addition to the Framework Agreement value of £575,000. This modification to increase value does not exceed 50% of the value of the original Framework Agreement. The increase of 50% should be more than sufficient to allow continued sourcing from the Framework Agreement until the new Framework Agreement commences 01 June 2025 and is permissible under PCR Reg 72(c).

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £1,150,000

two.2) Description

two.2.1) Title

Lot 1 Protective Clothing

Lot No

1

two.2.2) Additional CPV code(s)

  • 18000000 - Clothing, footwear, luggage articles and accessories
  • 18113000 - Industrial clothing
  • 18420000 - Clothing accessories
  • 18100000 - Occupational clothing, special workwear and accessories
  • 18400000 - Special clothing and accessories
  • 18410000 - Special clothing
  • 35113400 - Protective and safety clothing
  • 18222000 - Corporate clothing

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

The EA awarded a Framework for the provision of Uniforms, Protective Clothing and Protective Equipment. Lots 1, 2, 3 and 6 ran from 1st June 2021 for an initial 2 year Framework Period on an as and when required basis, with the option to extend for 2 further 12 month periods. Lots 4 and 5 joined from 1st September 2021 for an initial Framework period of 21 months with an option to extend for 2 further 12 month periods. The Framework is currently in it's 2nd 12 month extension period.

The EA is placing this transparency notice to alert economic operators of its plans to modify this Framework Agreement in accordance with Regulation 72(1)(c) of the Public Contracts Regulation 2015 for an addition to the Framework Agreement value of £575,000. This modification to increase value does not exceed 50% of the value of the original Framework Agreement. The increase of 50% should be more than sufficient to allow continued sourcing from the Framework Agreement until the new Framework Agreement commences 01 June 2025 and is permissible under PCR Reg 72(c).

two.2.5) Award criteria

Quality criterion - Name: AC1 Methodology / Weighting: 16

Quality criterion - Name: AC2 Quality Assurance / Weighting: 6

Quality criterion - Name: AC3 Contingency / Weighting: 8

Quality criterion - Name: AC4 Social Considerations Requirement / Weighting: 10

Cost criterion - Name: AC5 Cost / Weighting: 60

two.2.11) Information about options

Options: Yes

Description of options

This Framework has options to extend for 2 further 12 month periods.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 2 - School Crossing Patrol

Lot No

2

two.2.2) Additional CPV code(s)

  • 18000000 - Clothing, footwear, luggage articles and accessories
  • 18113000 - Industrial clothing
  • 18222000 - Corporate clothing
  • 18420000 - Clothing accessories
  • 18100000 - Occupational clothing, special workwear and accessories
  • 18400000 - Special clothing and accessories
  • 18410000 - Special clothing
  • 35113400 - Protective and safety clothing

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

The EA awarded a Framework for the provision of Uniforms, Protective Clothing and Protective Equipment. Lots 1, 2, 3 and 6 ran from 1st June 2021 for an initial 2 year Framework Period on an as and when required basis, with the option to extend for 2 further 12 month periods. Lots 4 and 5 joined from 1st September 2021 for an initial Framework period of 21 months with an option to extend for 2 further 12 month periods. The Framework is currently in it's 2nd 12 month extension period.

The EA is placing this transparency notice to alert economic operators of its plans to modify this Framework Agreement in accordance with Regulation 72(1)(c) of the Public Contracts Regulation 2015 for an addition to the Framework Agreement value of £575,000. This modification to increase value does not exceed 50% of the value of the original Framework Agreement. The increase of 50% should be more than sufficient to allow continued sourcing from the Framework Agreement until the new Framework Agreement commences 01 June 2025 and is permissible under PCR Reg 72(c).

two.2.5) Award criteria

Quality criterion - Name: AC1 Methodology / Weighting: 16

Quality criterion - Name: AC2 Quality Assurance / Weighting: 6

Quality criterion - Name: AC3 Contingency / Weighting: 8

Quality criterion - Name: AC4 Social Considerations Requirement / Weighting: 10

Cost criterion - Name: AC5 Cost / Weighting: 60

two.2.11) Information about options

Options: Yes

Description of options

This Framework had the option to extend for 2 further of 12 month periods.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 3 - Miscellaneous Items, Equipment and Gloves

Lot No

3

two.2.2) Additional CPV code(s)

  • 18000000 - Clothing, footwear, luggage articles and accessories
  • 18113000 - Industrial clothing
  • 18222000 - Corporate clothing
  • 18420000 - Clothing accessories
  • 18100000 - Occupational clothing, special workwear and accessories
  • 18400000 - Special clothing and accessories
  • 18410000 - Special clothing
  • 35113400 - Protective and safety clothing

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

The EA awarded a Framework for the provision of Uniforms, Protective Clothing and Protective Equipment. Lots 1, 2, 3 and 6 ran from 1st June 2021 for an initial 2 year Framework Period on an as and when required basis, with the option to extend for 2 further 12 month periods. Lots 4 and 5 joined from 1st September 2021 for an initial Framework period of 21 months with an option to extend for 2 further 12 month periods. The Framework is currently in it's 2nd 12 month extension period.

The EA is placing this transparency notice to alert economic operators of its plans to modify this Framework Agreement in accordance with Regulation 72(1)(c) of the Public Contracts Regulation 2015 for an addition to the Framework Agreement value of £575,000. This modification to increase value does not exceed 50% of the value of the original Framework Agreement. The increase of 50% should be more than sufficient to allow continued sourcing from the Framework Agreement until the new Framework Agreement commences 01 June 2025 and is permissible under PCR Reg 72(c).

two.2.5) Award criteria

Quality criterion - Name: AC1 Methodology / Weighting: 16

Quality criterion - Name: AC2 Quality Assurance / Weighting: 6

Quality criterion - Name: AC3 Contingency / Weighting: 8

Quality criterion - Name: AC4 Social Considerations Requirement / Weighting: 10

Cost criterion - Name: AC5 Cost / Weighting: 60

two.2.11) Information about options

Options: Yes

Description of options

This Framework had the option to extension for 2 further 12 month periods.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 4 - Catering Accessories

Lot No

4

two.2.2) Additional CPV code(s)

  • 18000000 - Clothing, footwear, luggage articles and accessories
  • 18113000 - Industrial clothing
  • 18222000 - Corporate clothing
  • 18420000 - Clothing accessories
  • 18100000 - Occupational clothing, special workwear and accessories
  • 18400000 - Special clothing and accessories
  • 18410000 - Special clothing
  • 35113400 - Protective and safety clothing

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

The EA awarded a Framework for the provision of Uniforms, Protective Clothing and Protective Equipment. Lots 1, 2, 3 and 6 ran from 1st June 2021 for an initial 2 year Framework Period on an as and when required basis, with the option to extend for 2 further 12 month periods. Lots 4 and 5 joined from 1st September 2021 for an initial Framework period of 21 months with an option to extend for 2 further 12 month periods. The Framework is currently in it's 2nd 12 month extension period.

The EA is placing this transparency notice to alert economic operators of its plans to modify this Framework Agreement in accordance with Regulation 72(1)(c) of the Public Contracts Regulation 2015 for an addition to the Framework Agreement value of £575,000. This modification to increase value does not exceed 50% of the value of the original Framework Agreement. The increase of 50% should be more than sufficient to allow continued sourcing from the Framework Agreement until the new Framework Agreement commences 01 June 2025 and is permissible under PCR Reg 72(c).

two.2.5) Award criteria

Quality criterion - Name: AC1 Methodology / Weighting: 16

Quality criterion - Name: AC2 Quality Assurance / Weighting: 6

Quality criterion - Name: AC3 Contingency / Weighting: 8

Quality criterion - Name: AC4 Social Considerations Requirement / Weighting: 10

Cost criterion - Name: AC5 Cost / Weighting: 60

two.2.11) Information about options

Options: Yes

Description of options

This Framework had the option to extend for 2 further 12 month periods.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 5 - Catering Uniforms

Lot No

5

two.2.2) Additional CPV code(s)

  • 18000000 - Clothing, footwear, luggage articles and accessories
  • 18113000 - Industrial clothing
  • 18222000 - Corporate clothing
  • 18420000 - Clothing accessories
  • 18100000 - Occupational clothing, special workwear and accessories
  • 18400000 - Special clothing and accessories
  • 18410000 - Special clothing
  • 35113400 - Protective and safety clothing

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

The EA awarded a Framework for the provision of Uniforms, Protective Clothing and Protective Equipment. Lots 1, 2, 3 and 6 ran from 1st June 2021 for an initial 2 year Framework Period on an as and when required basis, with the option to extend for 2 further 12 month periods. Lots 4 and 5 joined from 1st September 2021 for an initial Framework period of 21 months with an option to extend for 2 further 12 month periods. The Framework is currently in it's 2nd 12 month extension period.

The EA is placing this transparency notice to alert economic operators of its plans to modify this Framework Agreement in accordance with Regulation 72(1)(c) of the Public Contracts Regulation 2015 for an addition to the Framework Agreement value of £575,000. This modification to increase value does not exceed 50% of the value of the original Framework Agreement. The increase of 50% should be more than sufficient to allow continued sourcing from the Framework Agreement until the new Framework Agreement commences 01 June 2025 and is permissible under PCR Reg 72(c).

two.2.5) Award criteria

Quality criterion - Name: AC1 Methodology / Weighting: 16

Quality criterion - Name: AC2 Quality Assurance / Weighting: 6

Quality criterion - Name: AC3 Contingency / Weighting: 8

Quality criterion - Name: AC4 Social Considerations Requirement / Weighting: 10

Cost criterion - Name: AC5 Cost / Weighting: 60

two.2.11) Information about options

Options: Yes

Description of options

This Framework had an option to extend for 2 further 12 month periods.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 6 - Specialist Protective Clothing and Equipment

Lot No

6

two.2.2) Additional CPV code(s)

  • 18000000 - Clothing, footwear, luggage articles and accessories
  • 18113000 - Industrial clothing
  • 18222000 - Corporate clothing
  • 18420000 - Clothing accessories
  • 18100000 - Occupational clothing, special workwear and accessories
  • 18400000 - Special clothing and accessories
  • 18410000 - Special clothing
  • 35113400 - Protective and safety clothing

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

The EA awarded a Framework for the provision of Uniforms, Protective Clothing and Protective Equipment. Lots 1, 2, 3 and 6 ran from 1st June 2021 for an initial 2 year Framework Period on an as and when required basis, with the option to extend for 2 further 12 month periods. Lots 4 and 5 joined from 1st September 2021 for an initial Framework period of 21 months with an option to extend for 2 further 12 month periods. The Framework is currently in it's 2nd 12 month extension period.

The EA is placing this transparency notice to alert economic operators of its plans to modify this Framework Agreement in accordance with Regulation 72(1)(c) of the Public Contracts Regulation 2015 for an addition to the Framework Agreement value of £575,000. This modification to increase value does not exceed 50% of the value of the original Framework Agreement. The increase of 50% should be more than sufficient to allow continued sourcing from the Framework Agreement until the new Framework Agreement commences 01 June 2025 and is permissible under PCR Reg 72(c).

two.2.5) Award criteria

Quality criterion - Name: AC1 Methodology / Weighting: 16

Quality criterion - Name: AC2 Quality Assurance / Weighting: 6

Quality criterion - Name: AC3 Contingency / Weighting: 8

Quality criterion - Name: AC4 Social Considerations Requirement / Weighting: 10

Cost criterion - Name: AC5 Cost / Weighting: 60

two.2.11) Information about options

Options: Yes

Description of options

This Framework had the option to extend for 2 further 12 month periods.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Award of a contract without prior publication of a call for competition in the cases listed below

  • The procurement falls outside the scope of application of the regulations

Explanation:

This VEAT is not to provide notice of an award without prior notice but to provide notice of a modification of the framework value. This Framework Agreement was awarded as per publication reference 2021/S 000-019411 in August 2021. A modification to the Framework value is necessary to ensure continued supply of essential Uniforms, Protective Clothing and Protective Equipment required to serve the EA until the commencement of a new arrangement.

These requirements have become necessary and are permitted by Regulation 72(1)(c) of The Public Contacts Regulations 2015. Namely, the following conditions have been fulfilled: (i) the need for modification has been brought about by circumstances which a diligent contracting authority could not have foreseen. It has become necessary for EA to further increase the value of this contract as additional expenditure has been incurred due to an unforeseen demand. By doing so, the continued supply of Uniforms, Protective Clothing and Protective Equipment can be managed effectively, without causing disruptions.

The additional value is permissible under Regulation 72. (ii) the modification does not alter the overall nature of the contract; The proposed modification does not impact the overall nature of the contract, it remains to be there to supply Uniforms, Protective Clothing and Protective Equipment. (iii)any increase in price does not exceed 50% of the value of the original contract or framework agreement. The awarded value of the original Framework was £1,150,000 GBP. This modification will increase the framework value by £575,000 which is within the allowed 50% threshold.

EA will not implement the modification until 30 days after the publication of this Notice.

four.1.3) Information about a framework agreement

The procurement involves the establishment of a framework agreement

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-019411


Section five. Award of contract/concession

A contract/lot is awarded: Yes

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract

9 August 2021

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor/concessionaire

PJD Safety Supplies

AUGHNACLOY

BT69 6AA

Email

info@pjdsafetysupplies.com

Country

United Kingdom

NUTS code
  • UKN - Northern Ireland
Internet address

https://www.pjdsafetysupplies.com/

The contractor/concessionaire is an SME

Yes

five.2.3) Name and address of the contractor/concessionaire

Charles Hughes Ltd.

Westport

F28FY88

Email

sales@portwest.ie

Country

Ireland

NUTS code
  • IE - Ireland
Internet address

https://www.charleshughes.biz

The contractor/concessionaire is an SME

Yes

five.2.3) Name and address of the contractor/concessionaire

HEALTHY BEAN LTD

GREENWICH

SE100ZD

Email

info@healthybean.org

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://healthybean.org

The contractor/concessionaire is an SME

Yes

five.2.3) Name and address of the contractor/concessionaire

Mi Hub Limited formally MWUK

DERBY

DE74 2UD

Email

tenders@alexandra.co.uk

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://www.alexandra.co.uk/

The contractor/concessionaire is an SME

No

five.2.4) Information on value of contract/lot/concession (excluding VAT)

Total value of the contract/lot/concession: £1,150,000


Section six. Complementary information

six.3) Additional information

This framework was let by the Northern Ireland Education Authority (“EA”) and is open to the EA, including NI educational bodies as follows and at some point during the life of the Framework these bodies may wish to utilise the agreement and should have access, at any point, with the permission of EA. This agreement is not intended to replace any current agreements that participating or non-participating institutions may already have in place. https://www.educationni.gov.uk/services/schools-plus (https://www.education-ni.gov.uk/services/schools-plus). Primary and Post Primary schools. under the control of the EA, Catholic Maintained Schools, Independent Schools in NI, Irish Medium Schools in NI, both Controlled and, Voluntary Grammar Schools, Nursery School for NI (both controlled and. Catholic Maintained), school meals kitchens on-site at all of these schools, and Controlled Youth Centres. https://www.nidirect.gov.uk/contacts/furthereducation-fe-colleges. (https://www.nidirect.gov.uk/contacts/further-education-fecolleges). Further Education Colleges in NI https://www.nicie.org/parents/school-finder/ (https://www.nicie.org/parents/school-finder/). Grant Controlled Integrated Education Schools in NI. https://www.isc.co.uk/ (https://www.isc.co.uk/) schools/northern-ireland/. Independent School in NI. Libraries NI: https://www.librariesni.org.uk/Libraries/(https://www.librariesni.org.uk/Libraries/). EA Teachers’. and Educational Centres, Council for the Curriculum, Examination and Assessment NI. (CCEA), Armagh Observatory and Planetarium, Middletown Centre for Autism, Controlled Schools Support Council (CSSC), Northern Ireland Council for Integrated Education (NICIE).

six.4) Procedures for review

six.4.1) Review body

The UK does not have any such review bodies with responsibilities for appeal/mediation procedures Ballymena

Ballymena

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

The UK does not have any such review bodies with responsibilities for appeal/mediation procedures Ballymena

Ballymena

Country

United Kingdom